Tuesday 16 September 2014

KENYA CONFERENCE OF CATHOLIC BISHOPS GENERAL SECRETARIAT

PRE-QUALIFICATION OF SUPPLIERS FOR GOODS AND SERVICES FOR THE YEARS 2015/2016
TENDER NOTICE

Pre-Qualification of Suppliers for Goods and Services for the Calendar Years 2015/2016
Kenyan Conference of Catholic Bishops - Catholic Secretariat invites applications for Tenders and pre-qualifications from interested, eligible and competent bidders for supply of the under listed Goods and Services for the Years 2015/2016 for their offices located in Westlands, Waumini House 4th Floor and Kisumu County along Ring Road, Milimani - Jaliyan Court Opposite Joel Omino Secondary School Tel: No. 0733959699 under the name KCCB- Kenya AIDS Response Program

ITEM
NO
CATEGORY A
ITEM DESCRIPTION

CATEGORY A
SUPPLY OF GOODS
1
KCCB – GS 01/2014
Supply and delivery of office stationery, computer stationery and accessories
2
KCCB - GS 02/2014
Supply and delivery of office furniture, furnishing and fitting
3
KCCB - GS 03/2014
Supply and delivery of Medical Lab Reagents
4
KCCB - GS 04/2014
Supply and delivery of air travel services and ticketing
5
KCCB - GS 05/2014
Supply and delivery of electrical, electronic equipments and appliances
6
KCCB - GS 06/2014
Supply of Computers, Computers So ware, Appliances and An virus
7
KCCB - GS 07/2014
Supply and installation of telecommunication and teleconferencing equipments.
8
KCCB - GS 08/2014
Supply of fuel, oil, lubricants and gas
9
KCCB - GS 09/2014
Supply and delivery of motor vehicle tyres, batteries and spare parts
10
KCCB - GS 10/2014
Supply and delivery of fresh milk

CATEGORY B
SUPPLY OF SERVICES
11
KCCB - GS 11/2014
Supply, delivery, servicing and maintenance of computers and printers.
12
KCCB - GS 12/2014
Provision of Photography and Videography services, production of documentaries, TV and Radio infomercial services
13
KCCB - GS 13/2014
Provision of security service
14
KCCB - GS 14/2014
Provision of bottled water
15
KCCB - GS 15/2014
Provision of printing
16
KCCB - GS 16/2014
Provision of internet services
17
KCCB - GS 17/2014
Provision of event organizers
18
KCCB - GS 18/2014
Provision of clearing and forwarding services
19
KCCB - GS 19/2014
Provision of catering services and food stuff
20
KCCB - GS 20/2014
Provision of cleaning services
21
KCCB - GS 21/2014
Provision of telecommunication equipments
22
KCCB - GS 22/2014
Collection and disposal of garbage
23
KCCB - GS 23/2014
Provision of Qs / valuers e.g. vehicle vaulers
24
KCCB - GS 24/2014
Provision of System and Process audit services e.g. HR systems
25
KCCB - GS 25/2014
Provision of accommodation, workshop and conference facilities
26
KCCB - GS 26/2014
Provision of insurance services – general and motor vehicle
27
KCCB - GS 27/2014
Provision of resource persons/consultant services
28
KCCB - GS 28/2014
Provision of taxi services
29
KCCB - GS 29/2014
Provision of sanitary and fumigation
30
KCCB - GS 30/2014
Provision of general repair and maintenance i.e. masons, carpenters,
plumbers, electricians etc
31
KCCB - GS 31/2014
Maintenance repair and servicing of generators
32
KCCB - GS 32/2014
provision of motor vehicle repair, maintenance and servicing
33
KCCB - GS 33//204
Provision of bulk photocopying and binding services
34
KCCB - GS 34/2014
Provision of asset tagging services
35
KCCB - GS 35/2014
Provision of Archiving Services
36
KCCB - GS 36/2014
Provision of courier services

Pre-qualification Tender documents may be obtained during working hours from KCCB – Catholic Secretariat, WAUMINI HOUSE 4TH FLOOR upon produc on of Bank slip for payment of a non-refundable fee of Kshs. 2,000 per set of documents per category payable by banker’s cheque or cash (only) deposited at NIC Bank - Westlands Branch a/c No. 1110001155 in favor of KEC –Special Programs, after which the prospective supplier will be issued with the pre-qualification documents from our offices.
The same document can be downloaded on our website www.kccb.or.ke , completed and delivered to our offices together with the Bank Slip.
Duly completed Pre-qualification documents in plain sealed envelopes clearly marked with the pre-qualification category number should be addressed to:
THE GENERAL SECRETARY
KENYA CONFERENCE OF CATHOLIC BISHOPS – GENERAL SECRETARIAT
WAUMINI HOUSE, WESTLANDS
P.O.BOX 13475 – 00800
NAIROBI
and deposited in the Tender Box situated at the KCS Main Reception, 4th Floor, Waumini House, Westlands on or before, 1st October 2014, at 10:00 a.m.

The submitted pre-qualification documents shall be opened immediately thereafter in the presence of bidders or their representatives who may wish to attend.

REPUBLIC OF KENYA -NAIROBI CITY COUNTY


EXPRESSION OF INTEREST: CONSULTING SERVICES FOR PROJECT PLANNING DESIGN AND SUPERVISION FOR THE REHABILITATION OF NAIROBI DAM

1.       General Background
The taskforce for the restoration of the Nairobi Dam was appointed by the Governor of Nairobi City County Dr. Evans Kidero through Gaze e Notice Vol. CXVI – No. 56 of 2nd May, 2014 to advice on, facilitate and conduct all activities aimed at restoration of Nairobi Dam.
2.       Project Background
Nairobi dam was commissioned in 1953, to provide a reliable source of water for the City of Nairobi for industrial, domes c and emergency purposes. It also provided recreational activities.
The dam has over the years suffered from multiple sources of pollution and other environmental challenges rendering the waters unfit for any economic and/or social use.
The County Government of Nairobi in conjunction with the Ministry of Environment, Water and Natural Resources intends to bring the dam to its pristine condition in order to restore its intended purpose as a source of water as well as generate revenue and improve the livelihoods of the people of Nairobi, and restore the ecosystem.
3.       Request for the Expression of Interest
The taskforce for the restoration of Nairobi Dam hereby invites Expressions of Interest (EoI) from qualified Consultants or a consortium of consultants and/or partners with capacity to design and advise on the feasibility the project.
4.       Specific Requested Outputs
Project Planning and Design
Planning and Design Phase should be done within 2 months and should provide a master plan for rehabilitation works, economic, aesthetic, recreational and social utilization of riparian zone. The Design will review the current dimensions, capacity and structural integrity of the Dam
Procurement
The Consultant will develop Tender Documents based on the agreed intervene on measures and assist the Client on the procurement of the works contractor(s) required to carry out the rehabilitation works. This will be done within 2 months
Supervision
The Consultant will provide Supervision Services for the selected rehabilitation/improvement works
Environmental Impact Assessment and Resettlement Ac on Plans
The Consultant will ensure that the proposed interventions follow prevailing guidelines and regulations from NEMA and other statutory bodies with respect to environmental and social impacts
5.       Shortlisting Criteria
Taskforce for the restoration of Nairobi Dam in conjunction with the Ministry of Environment, Water and Natural Resources now invites eligible Consultants to indicate their interest in feasibility advice, planning, designing, feasibility analysis of the project, and supervision of improvement works. Consultants should provide information demonstrating that they have the required financial capabilities or backing, technical qualifications and relevant experience to perform the services. The short listing criteria are:
(i)                  Experience in provision of services of similar nature and complexity in the last 5 years
(ii)                Experience in working in informal settlements
(iii)               The firm and or associate partners must have qualifications in Civil Engineering with experience in Dam Design and Supervision.
(iv)              Availability of appropriate skilled staff including Urban Planner, Spa al Planner, Environmental Scientist, Surveyor, Structural Engineer, Water engineer/hydraulic Engineer, Geotechnical Engineer, Dam Expert, Water Resource Expert land economist, Health and Safety Expert, etc.
(v)                (iii) Tax compliance and registration with the relevant regulatory authorities for Professional firms
6. Submission of EoI
Interested consultants may obtain further information at either of the addresses below from 0800 to 1700 hours from Monday to Friday excluding public holidays.
The Expression of interest must be delivered to the addresses below by 8th August 2014 not later than 1200 Hrs
The EoI should be clearly be marked: “REQUEST FOR EXPRESSION OF INTEREST IN CONSULTING FOR PROJECT PLANNING AND DESIGN FOR THE REHABILITATION OF NAIROBI DAM”

THE PRINCIPAL SECRETARY
STATE DEPARTMENT OF ENVIRONMENT AND NATURAL RESOURCES
NHIF Building Raga road
P.O. Box 30126-00100Nairobi, Kenya.
TEL: (020) 2730808, Fax (020) 02734722
E-mail: psoffice@environment.go.ke

The Secretariat
Task Force for the Restora on of Nairobi Dam
City Hall, City Hall Way
P.O. Box 30075-00100 Nairobi,
Tel: (020)2222821

PARLIAMENT OF KENYA, PARLIAMENTARY SERVICE COMMISSION

PROPOSED MULTI-STOREY OFFICE BLOCK
WP ITEM D 29 NB/NB 901 JOB NO. 7753C
INVITATION TO TENDER FOR SUBCONTRACTS

The Parliamentary Service Commission invites tenders for sub-contracts for the Multi Storey Office Block Project.
Interested contractors who meet the registration requirements indicated in the table below are invited to tender for the various categories of works.

(A) ELECTRICAL SERVICES SUB-CONTRACT WORKS
No.
Tender
No.
Job No.
Description
Category
Non Refundable
Tender Fee (Kshs.)
Bid Bond
(Kshs.)
Closing Date
1.
PSC/001/2014-2015
W.P. ITEM D 29 NB/NB 901 JOB No. 7753C
Electrical Installation Works
‘1’
1,000/=
5,000,000
8th October 2014
2.
PSC/002/2014-2015
W.P. ITEM D 29 NB/NB 901 JOB No. 7753C
Lifts Installation Works
‘4’ and Above
1,000/=
4,000,000
8th October 2014
3.
PSC/003/2014-2015
W.P. ITEM D 29 NB/NB 901 JOB No. 7753C
Telecommunication Installation Works (Data & Voice)
‘4’ and above
1,000/=
1,000,000
8th October 2014
4.
PSC/004/2014-2015
W.P. ITEM D 29 NB/NB 901 JOB No. 7753C
Audio Visual Conference System Installation Works
‘4’ and above
1,000/=
2,000,000
8th October 2014
5.
PSC/005/2014-2015
W.P. ITEM D 29 NB/NB 901 JOB No. 7753C
Standby Power Generation Installation Works
‘4’ and above
1,000/=
500,000
8th October 2014
6.
PSC/006/2014-2015
W.P. ITEM D 29 NB/NB 901 JOB No. 7753C
Building Management System Installation Works
Over 4 Years experience on similar works
1,000/=
500,000
8th October 2014
(B) MECHANICAL SERVICES SUB-CONTRACT WORKS
No.
Tender No.
Job No.
Description
Category
Non Refundable
Tender Fee (Kshs.)
Bid Bond
(Kshs.)
Closing Date
1.
PSC/007/2014-2015
W.P. ITEM D 29 NB/NB 901 JOB No. 7753C
Internal Plumbing, Drainage and Sanitary Fittings
Installation Works
‘2’ and above
1,000/=
2,000,000
8th October 2014
2.
PSC/008/2014-2015
W.P. ITEM D 29 NB/NB 901 JOB No. 7753C
Solar Systems Installation Works
‘4’ and above
1,000/=
450,000

3.
PSC/009/2014-2015
W.P. ITEM D 29 NB/NB 901 JOB No. 7753C
Fire Protection and Suppression Systems Installation
Works
‘2’ and above
1,000/=
1,000,000
8th October 2014
4.
PSC/010/2014-2015
W.P. ITEM D 29 NB/NB 901 JOB No. 7753C
Mechanical Ventilation and Air Conditioning
Installation Works
‘2’ and above
1,000/=
2,000,000
8th October 2014
5.
PSC/011/2014-2015
W.P. ITEM D 29 NB/NB 901 JOB No. 7753C
Kitchen Equipment and L.P. Gas Installation Works
‘3’ and above
1,000/=
400,000
8th October 2014
6.
PSC/012/2014-2015
W.P. ITEM D 29 NB/NB 901 JOB No. 7753C
Health Club Equipment Installation Works
‘4’ and above
1,000/=
1,000,000
8th October 2014
7.
PSC/013/2014-2015
W.P. ITEM D 29 NB/NB 901 JOB No. 7753C
Building Maintenance Unit Installation
Over 4 Years experience on similar works
1,000/=
1,000,000
8th October 2014

Detailed tender documents can be obtained from Procurement Office situated at Protection House, 10th Floor, Parliament Road/Haile Selassie Avenue, upon payment of a non-refundable fee indicated in the table above and paid to the cashier at Protection House, 9th Floor.
On submission, tenderers shall be required to submit the following mandatory/statutory requirements for technical evaluation:
1.       Certificate of Company Registration
2.       List of Directors
3.       Valid Tax Compliance Certificate from KRA
4.       Proof of current registration with the National Construction Authority in the relevant category.
5.       Audited Accounts for the last two years
6.       Proof of financial capacity or lines of credit to finance the project up to at least 5% of the tender sum
7.       Bid Security in form of a bank guarantee or bid bond from an insurance company approved by the Public Procurement Oversight Authority (PPOA) in the amount indicated in this tender advertisement and valid for 150 days from the date of tender opening to be included in the technical bid.
8.       Detailed company profile including the relevant qualifications of key personnel and equipment
9.       Proof of having completed works of similar nature and complexity in the last five years
Further, tenders from the following tenderers shall be treated as non-responsive and therefore subject to automatic disqualification:
i)                    A tender from a bidder whose ongoing public project(s) is/are behind schedule without any approved extension of time.
ii)                   A tender from a bidder who has been served with a default note on on-going project(s) or a bidder whose contract has been terminated by the Government in the past five years.
Tenderers shall further meet the minimum requirements as stated in the bid documents.
This is a two stage evaluation; technical and financial. Only financial bids for bidders meeting the technical criteria will be opened. Others shall be returned unopened.
Youth, women and persons with disabilities are encouraged to apply.
Completed Tender Documents should be submitted in plain sealed envelope(s) marked with the respective tender reference number and deposited in the tender box situated at Protection House, 10th Floor, Parliament Road/Haile Selassie Avenue or sent to:
Clerk of the Senate/Secretary
Parliamentary Service Commission
P. O. Box 41842-00100
NAIROBI
so as to reach him on or before 8th October 2014 at 10.00am. Tenders will be opened immediately thereafter in the Conference Room in Protection House, 11th Floor, in the presence of bidders or their representatives who choose to attend.


CLERK OF THE SENATE/SECRETARY

PARLIAMENTARY SERVICE COMMISSION